Opportunity

The Supply & Delivery of Personal Protective Equipment (PPE) including Pandemic Recovery Items & Workwear

  • Scotland Excel

F02: Contract notice

Notice reference: 2022/S 000-003977

Published 11 February 2022, 11:15am



Section one: Contracting authority

one.1) Name and addresses

Scotland Excel

Renfrewshire House, Cotton Street

Paisley

PA1 1AR

Email

education.corporate@scotland-excel.org.uk

Telephone

+44 1414888230

Country

United Kingdom

NUTS code

UKM83 - Inverclyde, East Renfrewshire and Renfrewshire

Internet address(es)

Main address

http://www.scotland-excel.org.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10383

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk/

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

The Supply & Delivery of Personal Protective Equipment (PPE) including Pandemic Recovery Items & Workwear

Reference number

0621

two.1.2) Main CPV code

  • 35113400 - Protective and safety clothing

two.1.3) Type of contract

Supplies

two.1.4) Short description

This contract notice is in relation to the renewal framework for Supply & Delivery of

Personal Protective Equipment (PPE) including Pandemic Recovery Items & Workwear. It is anticipated that the scope of items covered by the framework will include but not be limited to - hazard wear, safety wear, workwear, weather wear, footwear, Outerwear, Pandemic related PPE - Type IIR Surgical Masks (fluid Resistant), FFP2 Masks, FFP3 Masks, Face Coverings (reusable and disposable), Lip Readable Masks, Single/Sessional Use eye/face protection (visors/goggles), Hand Sanitiser, Disposable Gloves (nitrile, vinyl, powder free), Disposable

Aprons/coveralls.

two.1.5) Estimated total value

Value excluding VAT: £60,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

The contracting authority reserves the right to award contracts combining the following lots or groups of lots:

Lot 9 is a combined lot: See VI.3

two.2) Description

two.2.1) Title

Ear, Eye and Head Protection

Lot No

1

two.2.2) Additional CPV code(s)

  • 35113400 - Protective and safety clothing
  • 18100000 - Occupational clothing, special workwear and accessories
  • 18130000 - Special workwear
  • 18140000 - Workwear accessories
  • 33735100 - Protective goggles
  • 18444000 - Protective headgear

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland.

two.2.4) Description of the procurement

This lot is for the supply & delivery of Ear, Eye and Head Protection PPE. This includes but is not limited to visors, goggles, ear plugs and hard hats.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40

Cost criterion - Name: Commercial / Weighting: 60

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Upon completion of the initial 36 month period, the framework may be extended by up to 1 x 12 month extension at the discretion of Scotland Excel.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Safety Masks & Respirators

Lot No

2

two.2.2) Additional CPV code(s)

  • 35113400 - Protective and safety clothing
  • 18143000 - Protective gear

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland.

two.2.4) Description of the procurement

This lot is for the supply and delivery of safety masks and respirators. This includes, but is not limited to surgical masks, FFP3 respirators, valved and non-valved masks.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40

Cost criterion - Name: Commercial / Weighting: 60

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Upon completion of the initial 36 month period, the framework may be extended by 1 x 12 month period at the discretion of Scotland Excel.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Gloves

Lot No

3

two.2.2) Additional CPV code(s)

  • 18141000 - Work gloves
  • 18424000 - Gloves
  • 18424300 - Disposable gloves
  • 35113400 - Protective and safety clothing

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland.

two.2.4) Description of the procurement

This lot is for the supply and delivery of Gloves. This includes but is not limited to nitrile gloves, disposable gloves and cut protection gloves.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40

Cost criterion - Name: Commercial / Weighting: 60

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Upon completion of the initial 36 month period, the framework may be extended by up to 1 x 12 month extension at the discretion of Scotland Excel.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Hi Viz Wear and Protective Workwear

Lot No

4

two.2.2) Additional CPV code(s)

  • 18143000 - Protective gear
  • 35113400 - Protective and safety clothing
  • 35113450 - Protective coats or ponchos
  • 18100000 - Occupational clothing, special workwear and accessories
  • 18130000 - Special workwear
  • 35113440 - Reflective vests
  • 18220000 - Weatherproof clothing
  • 18221000 - Waterproof clothing

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland.

two.2.4) Description of the procurement

This lot is for the supply and delivery of Hi Viz Wear and Protective Workwear. This includes but is not limited to hi vis vests, jackets, trousers and wet weather clothing.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40

Cost criterion - Name: Commercial / Weighting: 60

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Upon completion of the initial 36 month period, the framework may be extended by up to 1 x 12 month extension at the discretion of Scotland Excel.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Traditional Workwear

Lot No

5

two.2.2) Additional CPV code(s)

  • 18222000 - Corporate clothing
  • 18000000 - Clothing, footwear, luggage articles and accessories
  • 18110000 - Occupational clothing
  • 18330000 - T-shirts and shirts
  • 18331000 - T-shirts
  • 18332000 - Shirts
  • 18333000 - Polo shirts
  • 18235300 - Sweatshirts
  • 18800000 - Footwear
  • 18810000 - Footwear other than sports and protective footwear
  • 18234000 - Trousers

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland.

two.2.4) Description of the procurement

This lot is for the supply and delivery of Traditional Workwear. This includes but is not limited to shirts, trousers, polo shirts, shorts and fleece tops.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40

Cost criterion - Name: Commercial / Weighting: 60

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Upon completion of the initial 36 month period, the framework may be extended by up to 1 x 12 month extension at the discretion of Scotland Excel.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Footwear

Lot No

6

two.2.2) Additional CPV code(s)

  • 18800000 - Footwear
  • 18811000 - Waterproof footwear
  • 18812000 - Footwear with rubber or plastic parts
  • 18814000 - Footwear with uppers of textile materials
  • 18830000 - Protective footwear
  • 18831000 - Footwear incorporating a protective metal toecap
  • 18812200 - Rubber boots

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland.

two.2.4) Description of the procurement

this lot is for the supply and delivery of footwear. This includes but is not limited to safety shoes, rubber boots, safety boots and waterproof boots.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40

Cost criterion - Name: Commercial / Weighting: 60

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Upon completion of the initial 36 month period, the framework may be extended by up to 1 x 12 month extension at the discretion of Scotland Excel.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Catering & Food Industry

Lot No

7

two.2.2) Additional CPV code(s)

  • 18100000 - Occupational clothing, special workwear and accessories
  • 18810000 - Footwear other than sports and protective footwear
  • 18444000 - Protective headgear
  • 18830000 - Protective footwear

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland

two.2.4) Description of the procurement

This lot is for the supply and delivery of Catering & Food Indusrty PPE. This will include but is not limited to aprons, coveralls, hygiene hair/beard nets and gloves

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40

Cost criterion - Name: Commercial / Weighting: 60

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Upon completion of the initial 36 month period, the framework may be extended by up to 1 x 12 month extension at the discretion of Scotland Excel.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

Pandemic Recovery Items

Lot No

8

two.2.2) Additional CPV code(s)

  • 18424000 - Gloves
  • 18424300 - Disposable gloves
  • 18114000 - Coveralls
  • 18143000 - Protective gear
  • 33741300 - Hand sanitizer

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland.

two.2.4) Description of the procurement

This lot is for the supply and delivery of Pandemic Recovery Items. This is for a select group of items that were the first line in pandemic response during Covid and will include but not be limited to fluid resistant face masks, hand sanitizer, gloves and aprons/coveralls.

two.2.5) Award criteria

Quality criterion - Name: Technical / Weighting: 40

Cost criterion - Name: Commercial / Weighting: 60

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Upon completion of the initial 36 month period, the framework may be extended by up to 1 x 12 month extension at the discretion of Scotland Excel.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No

two.2) Description

two.2.1) Title

One Stop Shop

Lot No

9

two.2.2) Additional CPV code(s)

  • 35113400 - Protective and safety clothing
  • 18143000 - Protective gear
  • 18800000 - Footwear
  • 18100000 - Occupational clothing, special workwear and accessories
  • 18110000 - Occupational clothing
  • 18222000 - Corporate clothing

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Various locations throughout the geographical boundaries of the participating Councils and associate members within Scotland.

two.2.4) Description of the procurement

Suppliers will be awarded on this lot if they have submitted a compliant bid and been successfully awarded in each lot from lot 1 through to lot 7.

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

36

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

Upon completion of the initial 36 month period, the framework may be extended by up to 1 x 12 month extension at the discretion of Scotland Excel.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Economic and Financial Standing selection criteria apply separately in relation to each individual lot.

SPD (SCOTLAND) QUESTIONS 4B.5.1 AND 4B.5.2 - Insurance Requirements

SPD (SCOTLAND) QUESTIONS 4B.6 - Other Economic and Financial Requirements

Minimum level(s) of standards possibly required

SPD (SCOTLAND) QUESTIONS 4B.5.1 AND 4B.5.2 - INSURANCE REQUIREMENTS:

It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below:

ALL LOTS

EMPLOYERS (COMPULSORY) LIABILITY = a minimum indemnity limit of 10 million GBP for each and every claim.

PUBLIC/PRODUCTS LIABILITY = minimum level of 10 million GBP, each and every claim and in the aggregate for products.

MOTOR VEHICLE INSURANCE = a minimum indemnity level of 5 million GBP in respect of third party property damage; unlimited in respect of personal injury.

Minimum level(s) of standards required:

SPD (SCOTLAND) QUESTION 4B.6 - OTHER ECONOMIC AND FINANCIAL REQUIREMENTS:

A. For bidders who will sub contract parts of the business, the bidder should provide a letter signed by a person of appropriate authority confirming that the bidder has on-going arrangements in place to ensure that sub-contractors’ vehicles are appropriately insured and maintained.

B. The bidder is to confirm that a search of the bidder against Equifax’s Protect will not return a ‘Warning’ or ‘Caution’ returnable code or any neutral code, unless the bidder confirms that it can provide any other document which Scotland Excel considers appropriate to prove to Scotland Excel (acting within its permitted discretion under the applicable public procurement rules) that the bidder does / would not represent an unmanageable risk should it be appointed onto the proposed Framework Agreement.

three.1.3) Technical and professional ability

List and brief description of selection criteria

1. Subcontracting

2. Quality Management Procedures

3. Environmental Management Systems or Standards

4. Health and Safety Procedures

For full details please see the Procurement Documents.

In accordance with Regulation 59(12), as this proposed Framework Agreement is divided into Lots, these Technical and Professional Ability selection criteria apply separately in relation to each individual lot.

Minimum level(s) of standards possibly required

SUBCONTRACTING:

Tenderers will be required to confirm whether they intend to subcontract and, if so, for what proportion of the contracts to be called-off under the proposed framework agreement. If you intend to subcontract any share of the contract to third parties on whose capacity you do not rely to satisfy the selection criteria, you must secure that each subcontractor completes a separate SPD (Scotland) Response for all Parts of the SPD (Scotland) Qualification Envelope, except Part 4 (Selection criteria).

QUALITY MANAGEMENT PROCEDURES

The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance in accordance with BSEN

ISO 9001 (or equivalent).

OR

A documented policy regarding quality management. The policy must set out responsibilities for quality management demonstrating that the tenderer has and continues to implement a quality management policy that is authorised by their Chief Executive, or equivalent, and is periodically reviewed at a senior management level. The policy must be relevant to the nature and scale of the work to be undertaken and set out responsibilities for quality management throughout the organisation.

ENVIRONMENTAL MANAGEMENT SYSTEMS OR STANDARDS

The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent) accredited independent third party certificate of compliance with BSEN ISO 14001 (or equivalent) or a valid EMAS (or equivalent) certificate.

OR

A regularly reviewed documented policy regarding environmental management, authorised by the Chief Executive, or equivalent. This policy must include and describe the tenderer's environmental emergency response procedures including the preparedness and response procedures for potential accidents and emergency response situations that give rise to significant environmental impacts (for example hazardous substances spill control).

HEALTH AND SAFETY PROCEDURES

The tenderer must have the following: The tenderer MUST HOLD a UKAS (or equivalent), accredited independent third party certificate of compliance in accordance with ISO45001 (or equivalent) or have, within the last 12 months, successfully met the assessment requirements of a scheme in registered membership of the Safety Schemes in Procurement (SSIP) forum.

OR

A regularly reviewed and documented policy for Health and Safety (H&S) management, endorsed by the Chief Executive Officer, or equivalent. The policy must be relevant to the nature and scale of the work and set out responsibilities for H&S management at all levels within the organisation. The policy must be relevant to the nature and scale of your operations and set out your company's responsibilities of health and safety management and compliance with legislation.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

For full details of the conditions relevant to the proposed Framework, and contracts to be called-off there under (to the extent known or settled at this stage), please see the Procurement Documents (details of how to access these being set out in section “I.3) Communication” of this Contract Notice).


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 18

four.1.6) Information about electronic auction

An electronic auction will be used

Additional information about electronic auction

Details provided by Councils at Call-off, where required.

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2021/S 000-004370

four.2.2) Time limit for receipt of tenders or requests to participate

Date

11 March 2022

Local time

12:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 5 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

11 March 2022

Local time

12:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

This Tender process is subject to the Law and Guidance applicable in Scotland relative to the award of public contracts including (without

limitation) as set out in the Public Contracts (Scotland) Regulations 2015, most recently amended to reflect the European Union exit by the

UK. This tender exercise has commenced after the UK withdrawal from the European Union and it has been conducted and concluded in

accordance with the Law, Guidance and procedures in force after the UK withdrawal on 31st December 2020. Any prior version of the

relevant Law and Guidance, or terminology related thereto, which appears in these Procurement Documents should therefore be interpreted

and applied as currently in force. Scotland Excel, as a central purchasing body, is procuring this framework for the use and benefit of its members namely 32 local authorities in Scotland, Tayside Contracts, associate members, NHS, Scottish Prison Service, Police Scotland, Scottish Ambulance Service, Advanced Procurement for Universities and Colleges (APUC Ltd) and their member organisations across the higher and further education sector in Scotland and their associated and affiliated bodies, together with any Integration Authority, or other body, established pursuant to the Public Bodies (Joint Working) (Scotland) Act 2014. Scotland Excel local authority members and associate members entitled to use this framework, are listed at http://www.scotlandexcel.org.uk/home/Aboutus/Ourmembers/Our_members.aspx. Economic operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015. Lot Structure: See the tender documents for full details. Please note, Lots 1 – 7 require Tenderers to bid for a minimum % of a basket of goods; Lot 9 is a “one stop shop” lot combining successful participants on lots 1 through 7. Tenderers are advised that the envisaged maximum number of participants that might be appointed to the proposed framework agreement set out in section IV.1.3 of this contract notice is purely indicative. Scotland Excel reserves the right to appoint more or less tenderer than the

envisaged maximum number to the proposed Framework Agreement.

CONTRACT MANAGEMENT, KPIs & COMMUNITY BENEFIT REQUIREMENTS

As per details in the Special Conditions, Suppliers will be required to provide Management Information (MI) & KPIs on a quarterly basis.

Community Benefits details will be requested on a 6-monthly basis.

For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 20116. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

It has become clear that there is scope within the legal framework which applies to public contracts, to deliver wider social benefits such as:

* Targeted recruitment and training

* Community engagement

As part of your response within the Technical criteria, Tenderers will be requested to confirm if they will offer community benefits for this framework.

(SC Ref:680182)

six.4) Procedures for review

six.4.1) Review body

Court of Session

Edinburgh

EH1 1RQ

Telephone

+44 314443300

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland)Regulations 2015 (SSI2015/446)(as amended)may bring proceedings in the Sheriff Court or the Court of Session.